SOLICITATION NOTICE
59 -- Raven Industries, Purchase of fifteen (15) MSK Antennas - Brand Name Justification
- Notice Date
- 6/25/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), C4IT (C3CEN), Coast Guard Blvd, Portsmouth, Virginia, 23703, United States
- ZIP Code
- 23703
- Solicitation Number
- HSCG44-14-Q-00006
- Archive Date
- 7/22/2014
- Point of Contact
- Jessica Coltz, Phone: 7576866846, Jenna Green, Phone: 7576864213
- E-Mail Address
-
jessica.l.coltz@uscg.mil, Jenna.D.Green@uscg.mil
(jessica.l.coltz@uscg.mil, Jenna.D.Green@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Brand Name Justification: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information in this notice. This announcement constitutes the ONLY solicitation and no other solicitation document will be issued. This solicitation is issued as a Request for Quote number RFQ HSCG44-14-Q-00006. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74. This procurement will be processed in accordance with FAR Parts 12, Acquisition of Commercial Items and Part 13, Simplified Acquisition Procedures. The North American Industry Classification System (NAICS) is 334220. The SBA size standard is 750 employees. This is NOT a Small Business Set-Aside, due to this acquisition being a Brand Name Procurement. The items are to be "Name Brand" manufactured by Raven Industries. All Items are to be NEW ITEMS. Used or Refurbished items are NOT acceptable and will not be considered for Award. It is not anticipated that there will be two (2) or more qualified Small Business Concerns to provide pricing for this requirement in accordance with FAR 19.502(a). The USCG Command, Control and Communications Engineering Center (C3CEN) Portsmouth, VA 23703, intends to purchase the items listed below in the Schedule B. *NOTE* The USCG/Government reserves the right to Award on an All or None Basis that is the Government may issue a Purchase Order (PO) to the Offeror that submits the Lowest aggregate price rather than issue a Purchase Order to each Offeror on the basis of the lowest Quotation on each item. The Coast Guard does not own nor can they obtain specifications, drawings, plans or other technical data for these items. Requests for specifications and drawings will be disregarded. Items are to be new items. Used or Refurbished items are not acceptable. Any Offeror that can provide the items as requested are encouraged to provide a Firm Fixed Price Quotation in regards to this FedBizOps Solicitation. The USCG/Government intends to award a contract resulting from this solicitation to the responsible bidder proposal conforming to the solicitation which will be most advantageous and the Best Value to the Government, price and other factors considered. The Required Delivery Date is thirty (30) days after receipt of order (ARO). See attached Packaging/Shipping instructions. Delivery Location is: Surface Forces Logistics Center Receiving Room - Bldg. 88 2401 Hawkins Point Road Baltimore, MD 21226 *PLEASE NOTE* Interested Offeror's are to provide Firm Fixed Price Proposals with Delivery Information by 7 July 2014 @ 2:00 P.M. EST. Delivery Information is to include the Shipping Terms the Offeror is proposing, FOB Origin or FOB Destination. Destination is preferred by USCG/Government. If proposing FOB Origin, provide Shipping cost as a separate line item. Firm Fixed Price Proposals must be submitted on company letterhead stationery and must include the following information: (1) Unit Price, (2) Extended Price, (2) Total Price, (4) Payment Terms, (5) discount offered for prompt payment, (6) Company DUNS and Cage Code (7) Delivery Terms. Email quotes to the POC Jessica Coltz, Contracting Officer, Jessica.L.Coltz@uscg.mil. INSPECTION AND ACCEPTANCE: The Contractor shall only tender for acceptance those Items that conform to the requirements of this Order/Contract. The Government/USCG reserves the right to Inspect or Test any Supplies or Services that have been tendered for Acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming Services at no increase in contract price. If repair/replacement or reperformance will not correct the defects or is not possible, the Government/USCG may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights- (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. Final Inspection and Acceptance will be performed by Gov/USCG Authorized Personnel at the point and location of Destination as stated on the Order/Contract, unless otherwise stated on the Order/Contract. SCHEDULE B Line Item 1: Raven Industries, 205 East 6th Street, Sioux Falls, SD 57104, Cage Code: 0Y0R3, Purchase of fifteen (15) MSK Antennas, P/N 063-0172-954. NSN: 5986-01-593-9435 Email quotes to the POC Jessica Coltz, Contracting Officer, Jessica.L.Coltz@uscg.mil. Packaging/Shipping Instructions PREPARATION FOR DELIVERY All material shipped to the U.S. Coast Guard Surface Forces Logistics Center, Baltimore, Maryland must be accompanied by an itemized packing list securely attached to the outside of the package. All packing lists shall cite the Purchase Order Number with the package in such a manner as to provide identification. Material shall be packed for shipment in such a manner as to afford adequate protection to the item against corrosion, deterioration, and physical damage during shipment from the supply source to Engineering Logistic Center locations. Package shall also provide adequate protection for warehouse storage and multiple shipments. All packages shall have the Purchase Order Number, Stock Number (if applicable), Vendor name and Part Number clearly marked on the exterior of the package. All deliveries are to be made Monday through Friday between the hours of 7:00 A.M. and 1:00 P.M. USCG /ELC SP-PP&M-00l DATED 05/95 REVISION D 10/00 PRESERVATION, PACKAGING, MARKING and BAR-CODING. PRESERVATION: Each component that makes up one each of any contract line item (CLIN) shall be preserved in accordance with ASTM-D-3951. PACKAGING: Each component shall be packed individually in its'own container to meet the requirements of ASTM-D-3951. This package shall be considered a unit pack. This unit pack shall meet the requirements of a shipping container. UNITIZATION: Unit packs can be unitized as specified in ASTM-D 3951. MARKING: Marking shall be clear, legible, permanent and in English. a.UNIT PACKAGES: Shall be marked as specified herein. National Stock Number/ Activity Control Number. Item Name Part Number (as shipped) Purchase Order / Contract Number Date of Manufacturer/Repair Quantity & Unit of Issue (i.e. 1-EA) Hazardous Material Marking (As required in Code of Federal Regulations (CFR) section 4). Flash Point (If item is a liquid with a flash point of 93.3 degrees C (200 Degrees F) or less.) Propellant Chemical Name (Aerosol Containers only). a. UNITIZATION: If unitization is used as the final shipping container the unitized pack for one stock number shall be marked as specified below, see Single Stock Number. If there are multiple stock numbers involved see, Multiple Stock Numbers herein. For no reason shall more then one order be unitized together. Single Stock Number National Stock Number/ Activity Control Number. Purchase Order / Contract Number The Words: COAST GUARD ELC MATERIAL CONDITION (A). Quantity & Unit of Issue (i.e. 1-EA) Hazardous Material Marking (If needed and as required in Code of Federal Regulations (CFR) section 4). Flash Point (If item is a liquid with a flash point of 93.3 degrees C (200 Degrees F) or less.). The Words: COAST GUARD ELC MATERIAL, MULTIPACK Multiple Stock Numbers ALL National Stock Numbers/ Activity Control Numbers. Purchase Order / Contract Number The Words: COAST GUARD ELC MATERIAL, CONDITION (A). Quantity & Unit of Issue (i.e. 1-EA) Hazardous Material Marking (If needed and as required in Code of Federal Regulations (CFR) section 4). Flash Point (If item is a liquid with a flash point of 93.3 degrees C (200 Degrees F) or less.). The Words: COAST GUARD ELC MATERIAL, MULTIPACK BAR CODING: All bar coding required herein shall be Code 39, also called Code 3 of 9 in accordance with ANSI/AIM BC1. ALL Stock numbered items shall be bar coded. a. The standard marking required in MARKING for all packaging configurations can be applied separately or as part of the Bar Code Label. If the latter option is used the label size shall be adjusted appropriately. b. The stock number or numbers, and purchase order / contract number shall be bar coded with Human Readable Interpretation (HRI) immediately below the bar coding on unit and unitized packs. c. All HRI shall be placed below its associated bar code. The label shall be intended for long term indoor applications where the labels will endure intermittent outdoor exposure. Each label shall be for porous surfaces and consist of paper without plastic laminate. Specifications cited in this order may be obtained from: For Specifications from the US Government contact: STANDARDIZATION DOCUMENTS ORDER DESK BUILDING 4D, SECTION D 700 ROBBINS AVE. PHILADELPHIA, PA 19111-5094 TELEX #: 834295 WESTERN UNION #: 710-670-1685 TELEPHONE #: (215) 697-3321 (EXPRESS SHIPMENT PICKUP) TELEPHONE ORDER ENTRY SYSTEM (TOES)#: (215) 697-1187 through and including (215) 697-1197. For Specifications from Commercial sources contact: American Society for Testing and Materials (ASTM) 100 Barr Harbor Drive West Conshocken, PA 19428-2959 Phone: 610-832-9500 Fax: 610-832-9555 American National Standards Institute (ANSI) 25 West 43rd Street 4th Floor New York, N.Y. 10036 Phone: 212-642-4900 AIM-USA 634 Alpha Drive Pittsburgh Pa. 15238-2802 Phone 412-963-8588 Fax 412-963-8753 Note: FOB Destination pricing is preferred, however, if you prefer to quote FOB Origin pricing please use the following instructions. FAR Clause 52.247-65 - F.O.B. - Origin, Prepaid Freight - Small Package Shipments is included by reference. Shipments - FOB Origin: You are hereby authorized to prepay transportation charges under this order provided that the cost of such transportation does not exceed $250.00. The actual cost of transportation charges, not to exceed the about amount, shall be added to your invoice as a separate line item. Receipted freight bills are not required for transportation charges of $100.00 or less. Prepaid transportation charges greater than $100.00 but less than $250.00 SHALL be supported by paid freight, express, or parcel post receipts. In the event the transportation charges will exceed $250.00, you are required to contact the Contracting Officer to obtain a Government Bill of Lading ten (10) days PRIOR to shipment. Information to be provided: 1. Purchase Order Number 2. Item identification/description (NMFC item number and classification if possible) 3. Individual and total weight 4. Individual dimensions and total cubic feet 5. Total number of pieces 6. Total dollar value 7. Other pertinent data or special instructions PROVISIONS / CLAUSES • The Following FAR Provisions apply to this Acquisition: FAR 52.212-1 -- Instructions to Offerors -- Commercial Items (May 2014) FAR 52.212-2 -- Evaluation -- Commercial Items (May 2014). Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, delivery, past performance and quality. FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (May 2014) to include Alt I (Apr 2011). An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. FAR 15.101-2-Lowest Price Technically Acceptable Source- (May 2014) FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items (May 2014) FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2014) FAR 52.252-2 -- Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 System for Award Management (Jul 2013). Contractors are located and identified in SAM by their DUNS number. To facilitate payment via Electronic Funds Transfer - contractors should be registered in SAM. A DUNS number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov. • The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. FAR 52.222-3 -- Convict Labor (June 2003) FAR 52.222-19 -- Child Labor-Cooperation with Authorities and Remedies (Mar 2012) FAR 52.222-21 -- Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 -- Equal Opportunity (Mar 2007) FAR 52.222-35 -- Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212) FAR 52.222-36 -- Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793) FAR 52.222-37 -- Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212) FAR 52.222-50 -- Combating Trafficking in Persons (Feb 2009) FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-1 -- Buy American Act - Supplies (Feb 2009) FAR 52.225-13 -- Restriction on Certain Foreign Deliveries (Jun 2008) (E.O. 12722, 12724, 13059, 13067, 13121 and 13129) FAR 52.232-33 -- Payment by Electronic Funds Transfer-System for Award Management(Jul 2013) (31 U.S.C. 3332) FAR 52.233-3 -- Protest after Award (Aug. 1996) FAR 52.233-4 -- Applicable Law for Breach of Contract Claim (OCT 2004) • The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far;
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/157ea8157d7c3d350732fc64408d10c5)
- Record
- SN03406522-W 20140627/140625235553-157ea8157d7c3d350732fc64408d10c5 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |